39
Page 1 of 29 Metropolitan Washington Airports Authority Solicitation 1-11-C165 Main Terminal East and West Baggage Basements, EDS In-Line High Volume Baggage Screening Project Washington Dulles International Airport RESPONSES TO CONTRACTOR QUESTIONS #2 Date: August 10, 2011 1. From the RFP Section IX-4, "b. All offerors ... shall submit a Contract Participation Form (Exhibit D) with their offers. Exhibit D is to list all LDBE firms that are participating in the contract, ... the scope of their work ... and the agreed price for such work." In the LDBE outreach meeting, it was mentioned that the authority is requesting this requirement in order to prevent LDBEs from being "shopped." Given that the LDBE subcontractors are expected to be 20% of the job and the BHS vendor is expected to be 50- 60% of the job, would it also be in the authority's best interest to have this same requirement extended to the BHS vendor in order to insure that the baggage number is not "shopped"? RESPONSE: All first tier subcontractors are required to be listed on the Exhibit D. 2. From the RFP Section V-1 to V-2 "04 PRE-AWARD SURVEY. The Authority reserves the right to perform or to have performed, an on-site survey of the offeror's facilities or previous work products and to investigate its other capabilities. This survey will serve to verify the data and representations submitted, and to determine that the offeror has overall capability adequate to meet the contract requirements." Given that the BHS vendor is expected to be the majority scope of the job (50-60%) according to the authorities own account, would it also be in the authority's best interest to identify the BHS vendor at bid time so that the Authority can, at its own discretion, verify they have the "overall capability adequate to meet the contract requirements"? RESPONSE: Yes 3. Given that the item number 1.23, Division 34 - Baggage Conveying Equipment contains a single unit price entry for input, is it the authorities intention that only one qualifying BHS vendor be offered as part of a contractors bid? From the RFP project summary, "This project will implement current-state-of- technology baggage handling and checked baggage inspection systems in the existing Main Terminal East and West baggage basements. It involves almost complete reconfiguration and replacement of the baggage conveyor systems and upgrade of conveyor controls ... all while maintaining current baggage handling and screening services capabilities for both the airlines and the Transportation Security Administration." Given the broad scope of this project involving almost complete reconfiguration and replacement of the baggage conveyor systems and upgrade of conveyor controls, the tight coordination required with the authority, airlines and vendors, and the need to maintain current baggage handling and screening services capabilities over the course of the over 1000 day schedule, is it the authorities intent and expectation that the baggage scope be awarded to one capable BHS vendor and that it would be too risky to be divided? If so, will the authority require that BHS vendors be named at bid time as well as provide citations of similar sized or larger projects completed in compliance with the TSA? RESPONSE: There is no requirement that limits the contractor to one BHS vendor.

Metropolitan Washington Airports Authority Solicitation 1 ... › ... › file › 1-11-C165_QA2.pdfMain Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

  • Page 1 of 29

    Metropolitan Washington Airports Authority

    Solicitation 1-11-C165Main Terminal East and West Baggage Basements,

    EDS In-Line High Volume Baggage Screening Project Washington Dulles International Airport

    RESPONSES TO CONTRACTOR QUESTIONS #2 Date: August 10, 2011

    1. From the RFP Section IX-4, "b. All offerors ... shall submit a Contract Participation Form (Exhibit D) with their offers. Exhibit D is to list all LDBE firms that are participating in the contract, ... the scope of their work ... and the agreed price for such work." In the LDBE outreach meeting, it was mentioned that the authority is requesting this requirement in order to prevent LDBEs from being "shopped." Given that the LDBE subcontractors are expected to be 20% of the job and the BHS vendor is expected to be 50-60% of the job, would it also be in the authority's best interest to have this same requirement extended to the BHS vendor in order to insure that the baggage number is not "shopped"?

    RESPONSE: All first tier subcontractors are required to be listed on the Exhibit D.

    2. From the RFP Section V-1 to V-2 "04 PRE-AWARD SURVEY. The Authority reserves the right to perform or to have performed, an on-site survey of the offeror's facilities or previous work products and to investigate its other capabilities. This survey will serve to verify the data and representations submitted, and to determine that the offeror has overall capability adequate to meet the contract requirements." Given that the BHS vendor is expected to be the majority scope of the job (50-60%) according to the authorities own account, would it also be in the authority's best interest to identify the BHS vendor at bid time so that the Authority can, at its own discretion, verify they have the "overall capability adequate to meet the contract requirements"?

    RESPONSE: Yes

    3. Given that the item number 1.23, Division 34 - Baggage Conveying Equipment contains a single unit price entry for input, is it the authorities intention that only one qualifying BHS vendor be offered as part of a contractors bid? From the RFP project summary, "This project will implement current-state-of-technology baggage handling and checked baggage inspection systems in the existing Main Terminal East and West baggage basements. It involves almost complete reconfiguration and replacement of the baggage conveyor systems and upgrade of conveyor controls ... all while maintaining current baggage handling and screening services capabilities for both the airlines and the Transportation Security Administration." Given the broad scope of this project involving almost complete reconfiguration and replacement of the baggage conveyor systems and upgrade of conveyor controls, the tight coordination required with the authority, airlines and vendors, and the need to maintain current baggage handling and screening services capabilities over the course of the over 1000 day schedule, is it the authorities intent and expectation that the baggage scope be awarded to one capable BHS vendor and that it would be too risky to be divided? If so, will the authority require that BHS vendors be named at bid time as well as provide citations of similar sized or larger projects completed in compliance with the TSA?

    RESPONSE: There is no requirement that limits the contractor to one BHS vendor.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 2 of 29

    4. Will the Authority accept 2 different Baggage Handling Contractors for the work specified in 34-77-16. Can the General contractor have one Baggage Handling Contractor do the work in the West and a different Baggage Handling Contractor do the work in the East with two different Baggage Handling Systems?

    RESPONSE: There is no requirement that limits the contractor to one BHS vendor.

    5. The L3 XLB is shown on the drawings and the baggage specifications list several types of potential EDS machines. In consideration of specific interfaces required for bidding purposes, which EDS machine will be used for the project?

    RESPONSE: The specific EDS machines are not known at this time, so the Contractor’s proposal should be priced to interface with any of the potential EDS machines.

    6. Has TSA selected the EDS machine which is to be provided by TSA. Selection of such equipment assures proper pricing within our proposal

    RESPONSE: The specific EDS machines are not known at this time, so the Contractor’s proposal should be priced to interface with any of the potential EDS machines.

    7. It is understood that the Authority has conducted or has access to a BIM model of the bag basements areas. Will a BIM model be provided to the successful bidder?

    RESPONSE: No

    8. We understand a BIM model 3D CAD drawings are currently being worked on, please confirm that the successful offeror will receive a copy of the finished model.

    RESPONSE: No

    9. Due to the close proximity of AeroTrain, please confirm no rail insurance in required by the GC and it is included by the Owner.

    RESPONSE: See the contract provision 20 Insurance. 10. Please confirm this is correct.ome drawings show spiral turns of having rise/fall of 12" for 90 deg and 6"

    for 45deg e.g. BG05.1039 shows a turn WOT1-04 having a 12" elevation. Some other spiral turns show varying height. Is there a mistake in the labeling of the elevation? Otherwise, will we be able to change the elevation as we deem required?

    RESPONSE: Comply with elevation changes shown on the BG series drawings; section 34 77 16 – 1.9.G.1.d specifies the maximum elevation requirements.

    11. Different elevations are given for the same equipment. E.g. in BG05.1007, the infeed height to the carousel MU1 is given as 227'-5" whereas on BG05.1008, the infeed height to the carousel MU1 is 278'-4". Can you please clarify?

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 3 of 29

    RESPONSE: Refer/use the dimensions shown for the infeed heights for the WMS1A and WMS1B feeds on drawing BG03.F2G1.D.

    12. In BG05.1012, the conveyors S1-23 and OS1-22 are shown as not joining together. Please clarify?

    RESPONSE: Elevation difference is intentional. OS1-22 is unscreened bag unload conveyor while OS1-23 is clear bag load conveyor in WBB CBRA.

    13. Section 34-77-16-148 pg 322; Ammerael Beltech is not on the approved list for belting suppliers. Can it be approved?

    RESPONSE: See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Additionally, general contractors note: Per spec 347716, § 1.9.B.2, Contractor shall . . .”Pay for any redesign necessary to accommodate an “approved equal”.” (This would also include additional construction costs resulting from any necessary re-design). Contractor must submit evidence of this product’s ability to comply with the provisions of spec 347716, § 2.1.F.1, .2 and .3

    14. Section 34-77-16-149 pg 323; Transnorm is not approved for curves and spirals. Can it be approved?

    RESPONSE: The basis of design is Portec power turns. See Amendment Four (004), Transnorm power turns and spirals are approved as equal.

    15. Section 34-77-16-149 pg 323; Pteris Global is not approved for high speed power diverters (BNP approved). Can it be approved?

    RESPONSE: The basis of design is Siemens high-speed paddle diverters. See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Additionally, general contractors note: Per spec 347716, § 1.9.B.2, Contractor shall . . .”Pay for any redesign necessary to accommodate an “approved equal”.” (This would also include additional construction costs resulting from any necessary re-design). Contractor must submit evidence of this product’s ability to comply with the provisions of spec 347716, § 1.9.B.1 & 2. and § 2.1.F.1, .2 & .3. The BHS specifications have been tailored by the design team to the specific requirements of this project – If any product has been approved in BNP specifications for other projects, that is irrelevant to this project.

    16. Section 34-77-16-149 pg 323; Pteris Global is not approved for 45 merge (BNP approved). Can it be approved?

    RESPONSE: The basis of design is the suppliers listed in the specification. See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Additionally, general contractors note: Per spec 347716, § 1.9.B.2, Contractor shall . . .”Pay for any redesign necessary to accommodate an “approved equal”.” (This would also include additional construction costs resulting from any necessary re-design). Contractor must submit evidence of this product’s ability to comply with the provisions of spec 347716, § 1.9.B.1 & 2. and § 2.1.F.1, .2 & .3. The BHS specifications have been tailored by the design team to the

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 4 of 29

    specific requirements of this project – If any product has been approved in BNP specifications for other projects, that is irrelevant to this project.

    17. Section 34-77-16-149 pg 323; Pteris Global is not approved for vertical sorter (BNP approved). Can it be approved?

    RESPONSE: The basis of design is the suppliers listed in the specification. See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Additionally, general contractors note: Per spec 347716, § 1.9.B.2, Contractor shall . . .”Pay for any redesign necessary to accommodate an “approved equal”.” (This would also include additional construction costs resulting from any necessary re-design). Contractor must submit evidence of this product’s ability to comply with the provisions of spec 347716, § 1.9.B.1 & 2. and § 2.1.F.1, .2 & .3. The BHS specifications have been tailored by the design team to the specific requirements of this project – If any product has been approved in BNP specifications for other projects, that is irrelevant to this project.

    18. Section 34-77-16-150 pg 324; SEW is not approved for motor and reducer (shaft mounted) (BNP approved). Can it be approved?

    RESPONSE: See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Additionally, general contractors note: Per spec 347716, § 1.9.B.2, Contractor shall . . .”Pay for any redesign necessary to accommodate an “approved equal”.” (This would also include additional construction costs resulting from any necessary re-design). Contractor must submit evidence of this product’s ability to comply with the provisions of spec 347716, § 2.1.F.1, .2 & .3. The BHS specifications have been tailored by the design team to the specific requirements of this project – If any product has been approved in BNP specifications for other projects, that is irrelevant to this project.

    19. In BG03.01JO, Gridline J-K shows a total of 54' whereas in BG03.F1J3.D, the gridline shows a total of 53'-8" and BG03.F3I0 gridline J-K shows a 53'-6". Can this be corrected and please advise which are correct?

    RESPONSE: Use 53’-8”. Addendum #1 will be issued with a forthcoming Amendment.

    20. Please provide the following documentation for the Crisplant Tilt-Tray sorter to enable pricing of re-control and refurbishment; 1. As-Built drawings 2. Operation and Maintenance Manual a. Spare parts list.

    RESPONSE: This information will be provided to the successful contractor, as available, after contract award.

    21. The elevation in with reference to above mean sea level (AMSL) which is hard to work with. Can this be converted to reference finished floor level?

    RESPONSE: In general, No. However, note that both are shown on some of the drawings (for example: BG03.03F4.D).

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 5 of 29

    22. BHS qualification. In the Pre Proposal conference held June 7, 2011, it was mentioned that a prime contractor would need an Experienced BHS Vendor. In the References section of the General Requirements specifications, 01 42 00, page 3, WHEN USED with an entity, Experienced means having successfully completed a minimum of three previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. To help insure suitability of bids and to comply with your instructions, is it the authority’s intent that the proposing prime contractor provide evidence on bid day which fulfills this definition of an Experienced BHS Vendor by providing citations for at least three projects which are of similar size and scope for the chosen BHS vendor? If so to insure similar size, is it fair to say that the BHS vendors portion could be $50M to $75M given that as mentioned in the pre bid meeting, the budgeted value of this project is $100M to150M and the BHS portion could be 50% of the overall project? To insure similar scope, is it fair to say that only projects for a BHS vendor which meet these requirements, such as the Buy American clause and E verify for example, would qualify for experience?

    RESPONSE: Acceptably qualified first tier BHS contractors / integrators for this project are listed in spec 347716, § 2.1.A.1. Prior experience with Buy American or E-Verify clauses is not required.

    23. In some instances the Sequence drawings do not indicate fire/security door replacement where the baggage drawings indicate fire/security door replacement. Please confirm that for the curbside and ticket counter conveyors, all BHS fire/security doors along the K.4 column line are replaced.

    RESPONSE: Confirmed, EBB doors can be referenced in section 34 77 16 – 1.2.D.3.d.1.)b.) and WBB in section 34 77 16 - 1.2.E.3.a.9.)a.)(2).

    24. Transnorm requests the evaluation of the attached material for inclusion into the MWAA specifications as Approved as Equal for the following categories: 1. Powerturn 2. Spiral Powerturn

    RESPONSE: Refer to Q&A # 14 of this document.

    25. In the pre-bid meeting the Authority stated that CBP custom seals will be required for work on the West side. Obtaining a CBP custom seal on a traditional MWAA badge requires an additional security process and is very time consuming. Escorting of a badged employee by a badge custom sealed employee in CBP areas is not permitted by CBP or the Authority. Considering that no escorting is permitted in areas that require CBP custom seals, will the Authority consider giving the contractor of the East West Baggage Basement priority in obtaining custom seals due to the significantly drawn out badging process or will the contractor have to include the standard time it takes for this process without even being physically able to enter the work areas without this custom seal?

    RESPONSE: The successful contractor will be provided no special priorities in obtaining CBP customs seals. Standard processing time should be assumed.

    26. Specification Section 00-73-00 1.10 H states that when work is in CBP areas the Contractor is to secure necessary special security clearances to operate in CBP areas including obtaining a bond from CBP. The majority of the work on the West side is in CBP affected areas. Is the contractor responsible for the cost and time associated with obtaining these clearances?

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 6 of 29

    RESPONSE: Yes, see response to #123

    27. Drawing sheet GN00.0003 shows the staging areas on the East side not being available until after the completion of the Advanced East Baggage Building. At what point will the East West baggage basements EDS in Line high volume baggage screening project have access to the staging areas on the East side of the Airport?

    RESPONSE: The area south of United Airline’s MU-2 building will become available in May, 2012. The area south of the SkyChefs building will become available in March 2012.

    28. Drawing GN00.0004 shows the contractors staging areas on the AOA. Is the contractor responsible for the cost for providing and installing jersey barriers in the staging areas as shown and as required to enclose both staging areas on the west and East side including maintaining them or will the Authority provide the jersey barriers and remove them?

    RESPONSE: This is a contractor responsibility. The Authority will not be providing and removing jersey barriers.

    29. Drives specification lists Dodge Tigear for shaft mounted and for reducers with foot mounted or base plate mounted to be used with approval of the COTR. Will customer accept Quantis, SEW, or Siemens as an equivalent?

    RESPONSE: See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Contractor must submit evidence of this product’s ability to comply with the provisions of spec 347716, § 2.1.F.1, .2 and .3.

    30. Reference Sections 34 77 16. 26.B.3 pg.10 and 01 31 00 3.1.A Item 25 pg.13. Please confirm the TSA or their representative will provide test personnel, i.e. baggage handlers for the ISAT and the baggage handlers are not provided by the BHS subcontractor.

    RESPONSE: Not confirmed. As stated in the referenced BHS Specifications, the Contractor shall alsoprovide the necessary manpower/labor to support the ISAT, same as what is specified to be provided for all previous specification conformance acceptance inspections/testing, Pre-TRR and TRR.

    31. Reference 34 77 16 page 336 Item D.8 States use vulcanize belt spicing in low noise areas such as CBRA. Elsewhere, the specifications state that belt lacing is acceptable and that the COTR must approve the use of vulcanization. Is belt vulcanization in the CBRA area required?

    RESPONSE: Yes, refer to section 34 77 16 – 1.9.N.2.e Yes belt vulcanization is required.

    32. If belt vulcanization is required, please confirm a Hot Splice Machine and training is required.

    RESPONSE: Yes, refer to section 34 77 16 – 2.4.B.2.e.

    33. The 34 77 16 BHS specifications states, Maintain consistency with the existing South Baggage Basement BHS conveyor component types and makes that are presently used in the SBB BHS. Substitutions will not be permitted by the COTR. The specification lists one acceptable reducer, Dodge

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 7 of 29

    Tigear. The South Baggage Basement BHS conveyors utilize Dodge TXT reducers. Please confirm the BHS should utilize Dodge TXT reducers to match the SBB components. If Dodge TXT Reducers are not confirmed, please state all acceptable reducer types.

    RESPONSE: See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Refer to section 34 77 16 – 2.1.F.2, – 2.1.F.3.o, and – 2.1.F.3.p as well as Exhibit ‘A’ at the back of section 34 77 16. See Addendum #1 in forthcoming Amendment.

    34. Throughout the 34 77 16 BHS specifications there are a number of references for conveyor refurbishment. Please confirm when restoring the conveyors that are not relocated to like-new condition - N of the K.4 Column line- the intent is to refurbish these conveyors in place, and the BHS subcontractor does not need to disassemble, transport, store, and reassemble the equipment.

    RESPONSE: Confirmed, the intent is to refurbish in place.

    35. The 34 77 16 BHS specifications do not state whether or not to re-use or supply new stainless steel shrouding for the public view conveyors noted to be refurbished. Please confirm the BHS subcontractor should re-use the stainless steel shrouding for the public view conveyors noted to be refurbished.

    RESPONSE: Confirmed. BHS subcontractor shall plan to re-use existing stainless steel shrouding for refurbished conveyors and plan for new stainless steel shrouding for the new conveyors in the public area supplied as part of the Kiosk 4 reconfigurations, as specified in section 34 77 16 – 3.6.P.1.a.1.).

    36. What is the advance notice requirement for utilities listed in Specification Section 011000-1.13.A? Due to the extensive nature of utility outages and its relationship with impacting baggage handling sequences and potential schedule implications will the Authority consider lessening the 3 weeks advance notice?

    RESPONSE: Reference Specification 011000-7, 1.13 for all utility outages notifications. No, the advance notice will not be lessened at this time.

    37. On past projects at the airport the MWAA code department has required multiple hydro tests for the fire suppression systems. At times the code department will require the contractor to break the testing in to sections determined by the official. How can the contractor consider the amount of time associated with hydro testing and pressure testing each branch-line with heads prior to tie-ins as it relates to schedule impacts? This work will have an effect on the Baggage Handling sequences. Can the code inspection requirement for this activity be clarified so the contractor can carry the correct amount of time and money associated with this?

    RESPONSE: Contractor shall submit proposed testing plan and schedule for COTR approval, well in advance of scheduled work. Early planning by Contractor is the only realistic way to mitigate risks in this regard.

    38. Specification Section 011000,1.13.B states that utility outage for fire protection detection are required to be scheduled 3 weeks in advance with 96 hours written notification to the COTR confirming the date, time and duration of the outage. Outage work is extremely dynamic and can change due to productivity. Is it the Authority intent for the Contractor to have to wait 3 weeks or 96 hours for an outage to get

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 8 of 29

    approved? Due to the fact that utility outage schedules will effect the Baggage Handling Sequences would the Authority consider shortening these durations to have less effect on the schedule of such a complex utility outage project?

    RESPONSE: The intent is that the contractor shall schedule the outage and meet the schedule. The Authority cannot make that commitment at this time.

    39. Specification Section 014000-1.2.A.3 states that the Contractor is not responsible for Special Inspection according to the Virginia Uniform Statewide Building Code (USBC) and that the Authority's agent shall provide these Special Inspection services. Are these inspections in addition to the testing which the Contractor owes in the specifications for quality control?

    RESPONSE: Yes

    40. Does the Special inspection relieve the Contractor from any testing requirements which are covered by these Special Inspection services?

    RESPONSE: No.

    41. Is it the intent of the Authority to have 48 hours notice provided for Special Inspections which can have significant impacts to close-ins and pours and schedule implications on the project?

    RESPONSE: Yes

    42. Please confirm that the following items are required to be inspected per USBC and MWAA Code: duct banks, site utilities, mechanical piping, plumbing piping, framing, electrical systems, fire protection systems, preparatory work prior to the placement of concrete, duct work, insulation and fire alarm.

    RESPONSE: Yes

    43. Per Specification Section 014000-1.15.F Code Inspection Request are required 48 hours in advance. Traditionally PMC inspectors are required to verify and agree that the segment of work is ready for inspection prior to forwarding the Code Inspection Request on to the MWAA Code Department. Once PMC has verified the work then the Contractor can call for the code inspection. This process takes several working days and has a significant amount of impact on the schedule. Will the Authority consider implementing a different MWAA Code Inspection process for the East West Bag Basement Project?

    RESPONSE: No.

    44. Workers, materials and equipment are required to enter the AOA via gates 313, 317, 141, or 118. Only gates 118 and 141 are designated as AOA escorting gates. At these gates all vehicles are searched, all vehicle deliveries must be coordinated in advance, escort vehicles are required. During this process a significant amount of productive time is lost. Will the Authority consider providing the Contractor of the East West Bag Basement special provisions to enter the AOA or should the contractor carry the lost time for traditional labor, equipment and materials entry to gates 313, 317, 141, and 118?

    RESPONSE: No special provisions. Offer amount includes time, equipment, etc for the above items.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 9 of 29

    45. The East and West Bag Basements are separated by a significant distance. Can the Contractor assume that materials, tools and equipment can be transported thorough public areas from East to West and vice versa or is the general contractor to provide escorting vehicles to move materials and equipment from East and West sides?

    RESPONSE: No transit through public areas to get from East to West portions of the project. Pedestrian or vehicular traffic airside will be necessary.

    46. Should the contractor carry time and cost for jurisdictional fire permits including storage of hazardous materials, hot work permits etc?

    RESPONSE: Yes, the offer amount includes time, equipment, etc for the above items – the Authority is its own jurisdictional authority in these matters.

    47. Drawing Sheet GN00.0003 shows that the only access for hauling from Construction Area E.E to be a very small area between the MU-2 building and the Advanced East new Tug tunnel. This area is going to be United Airlines access point for two way tug traffic for the South Bag Basement tug tunnel, 2 way tug traffic for the East Bag Basement Ground floor, two way tug traffic for the East Bag Basement, and one way tug traffic to MU-2 building. Drawing sheet GN03.0600 sheet 123 General Phasing Notes 2 states All perimeter construction barricades around all exterior work and adjacent to baggage tug traffic shall be performed between the hours of 11:00pm and 4:00am. The excavation and construction is adjacent to significant UAL tug traffic operations. Is it the Authority’s intent that the hauling and construction for the East Bag Basement extension be at night?

    RESPONSE: It is not the intent to restrict the hauling and construction for the East Bag Basement extension to take place at between 11:00 pm - 4:00 am only. Reference General Phasing Notes on GN03.0600 and coordinate with COTR on construction vehicles and dump trucks accessing the site.

    48. Specification Section 00-73-00 1.5 G states maintain a vacuum-sweeper and flusher truck at the site at all times to clean roadway and aircraft surfaces affected by construction traffic at the request of Airport Operations or the COTR. In the past the Authority has strictly enforced the requirement for sweeper trucks to be on site full time regardless of what type of construction is occurring. Is it the Authority intent for the contractor to have a sweeper truck and operator on site for the 37 month duration of the project?

    RESPONSE: Yes

    49. Division 347716 page 147 Letter D Number 1 b: Please list ControlTouch Systems as an approved subcontractor for the re-control of the Crisplant Sorter. We have successfully completed similar scopes of work at Newark and Houston.

    RESPONSE: See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Refer to specification section 347716 – 1.9.B.1&2. A list of similar projects that Control Touch has executed, along with references and client contact information, should be included. General contractors note: Per spec 347716, § 1.9.B.2, Contractor shall . . . “Pay for any redesign necessary to accommodate an “approved equal”.” – This would also include additional construction costs, if any.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 10 of 29

    50. Who is responsible for providing & installing the steel trolley beams and hoist mechanisms for the EDS machine modules and spare parts?

    RESPONSE: General Contractor is responsible for the work. Refer to drawings and specifications.

    51. Must Fire & Security doors associated with Refurbished conveyors also be refurbished? If yes, to what extent must they be refurbished?

    RESPONSE: Fire/Security doors not noted to be replaced as part of this project do not require refurbishment other than the replacement of all existing control stations and field devices to maintain consistency with the specified requirements, components, controls functionality and compliance to the current codes.

    52. At the pre-bid meeting, it was stated that refurbishment included replacing all moving parts. bearings, pulleys, drive pulleys, snub pulleys, belting, motors, reducers, etc.. Please confirm.

    RESPONSE: Confirmed

    53. For the conveyors that are refurbished, are we restricted to replacing the bearings, motors, gearboxes with the same type that is existing or can we replace with the make & model to be used on the new conveyors?

    RESPONSE: Unless the individual component is specific to that OEM (for example, the belting of a Transnorm power turn conveyor as would be the case for the Kiosk 1 ticket counter area) all components used in the refurbishment process shall be of the same make and model used on the new conveyors.

    54. During the refurbishment effort, must we upgrade the safety features of the existing conveyors to meet the BNP specification? example: guarding, bearing covers, underguarding, etc.

    RESPONSE: As stated in sections 34 77 16 -2.4.I and 3.14.C.2.e, safety features such as gap pans and underguarding shall be renewed. The BHS Subcontractor shall upgrade the safety features of refurbished conveyors to match the specified requirements for the new conveyors provided under this project.

    55. Please identify the specific sequences and steps that will require customs seal.

    RESPONSE: Ground Level: All floor level and ceiling plenum work west of column line 28.Basement Level: All work west of column line 38 until BHS Sequence W2 is completed. Concourse Level: Customs seal not required unless work involves working in BHS floor penetrations, west of column line 28, to Ground Level ceiling plenum below.

    56. Please identify the location of the off-site staging & employee parking area and distance from project site.

    RESPONSE: See Specification 015000 Part 3, 3.2 Contractor Staging Area – General, and 015000 Part 1, 1.8 Contractor Personnel Parking.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 11 of 29

    57. Please provide as-built drawings for the following existing MCPs: CS1, TC1, TC4, WOS1, TC2, TC3, TC5, CS2, EME1, TC14, TC15, TC17, CS7, EX02, CS8, TC16, OS4.

    RESPONSE: This information will be provided to the successful contractor, as available, after contract award.

    58. If available, please provide us with the Primavera or other form of scheduled used to develop the phasing, sequencing and outage durations of the conveyor systems.

    RESPONSE: This information will not be provided to offerors.

    59. Please provide AutoCAD files of the Phasing, Sequencing and Installation drawings for a more accurate takeoff of the project.

    RESPONSE: These may be requested by the successful contractor after award.

    60. From page 170 of the baggage specification, "3. A minimum of two drive units are required for all baggage claim applications due to redundancy requirements. As part of the reconfiguration / recontrol of claim devices CD13 and CD14, provide an additional drive for these claim devices and modify the referenced claim devices to accommodate the addition of the new drive." Who is the manufacturer of the existing CD13 and CD14 that require modification to provide additional drives?

    RESPONSE: Existing claim devices which shall be renumbered as CD13 & CD14 were manufactured by G & T.

    61. We are not in receipt of drawing SC05.0000. Please provide. Additionally drawing SC05.0002 is included in the documents but is not on the drawing index. Please confirm.

    RESPONSE: There are no drawings missing. The Drawing Index on sheet GN01.0002 is at variance with the drawing numbers assigned for the Support of Excavation Elevations.Sheet name of 1st elevations (Sheet 327 of 1854) is SC05.0001, not SC05.0000 as shown in the Index.Sheet name of 2nd elevations (Sheet 328 of 1854) is SC05.0002, not SC05.0001 as shown in the Index.

    62. Please clarify the location and costs for contractor parking.

    RESPONSE: The land-side contractor staging area is in a large area set aside for this and other contract staging. This area is east of AOA Gate 313, on the south side of airport property, and is accessed via Route 50 and Stonecroft Blvd. It is approximately 3¾ miles from the project site. Drive time, not including processing time at Gate 313, is typically about 15 minutes. There are not costs for parking in these areas.

    63. Reference 012100 Allowances 2a. Please clarify the intent of 1.6.B where it states the Contractors costs for receiving and handling at Project site, labor, installation, overhead and profit and similar costs related to products and materials ordered by Owner under allowance shall be included as part of the Contract Sum and not part of the allowance. This presents a conflict with the descriptions - can we presume the allowance includes the installation?

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 12 of 29

    RESPONSE: See Addendum #1 in forthcoming Amendment. Specification will be revised.

    Revise Specification 01 21 00 1.6 to read:

    1.6 LUMP-SUM ALLOWANCES

    A. Allowance shall include direct cost to Contractor of specific products, materials and labor ordered by Owner under allowance and shall include taxes, freight and delivery to Project site.

    B. Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit and similar costs related to products and materials ordered by Owner under for each allowance shall be included as part of the Contract Sum and not part of the allowance.

    64. Please clarify the intent of 3.3A.1 Include $200,000 dollars for Additional BHS Maintenance Platforms. Please confirm this allowance is in addition to those Platforms and catwalk as shown on the contract drawings.

    RESPONSE: Confirmed.

    65. Please clarify the intent of 3.3.C C. Allowance No. 3 - Include $100,000 dollars for Additional BHS Service Access Equipment. Side-guard Gates at Existing Equipment and Ancillary Components. Please confirm this allowance is in addition to those hinged removable side-guard sections as shown on the contract drawings.

    RESPONSE: Confirmed.

    66. EDS Hoists are specified in both 34 77 16 and 11 90 00, please confirm the EDS hoists are part of Division 11 90 00.

    RESPONSE: There are a total of two types of hoists referenced in the Bid Documents. The EDS hoists for movement of the EDS machine are in Division 11 90 00; refer to 11 90 00-2.2.D for specification of Electric Trolley Hoist for EDS – Drawings (included but not limited to) for Trolley beam ST03.F2I3, ST03.F3F1, ST03.F3F3, ST03.F3J3. The hoists for the movement of EDS Spare Parts are specified in Division 34 77 16. Both types of hoists shall be included in the bid. The support structures and associated trolley rails for both are by the General Contractor’s. Refer to drawings and specifications and Q&A #50.

    67. Reference 34 77 16 1.2.D.3.a.1.e page 18 and elsewhere in the specifications. For conveyors that are to be re-numbered, are we required to renumber all the field wiring, and the wiring and devices in the MCPs?

    RESPONSE: Yes, reference section 34 77 16 – 1.4.A.2.

    68. Reference 34 77 16 2.11.B.4.w.14 page 214. Please confirm that we are not required to monitor each VFD over a communications network - for example, ControlNet to each VFD.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 13 of 29

    RESPONSE: Refer to section 34 77 16 – 2.14.A.1; the monitoring and reset of VFDs shall be consistent with the existing SBB controls.

    69. In section 01 21 00 para 1.6 Lump Sum allowances it states; Contractors costs for receiving and handling at Project Site, labor, installation, overhead and profit and similar costs related to products and materials ordered by Owner under allowance shall be included as part of the Contract Sum and not part of the allowance. We understand the OH and profit as this simply puts the allowances above the line within our overall bid. For all other items this is simply not possible to discern or estimate the costs and it seems to be in contradiction with the language within the allowances. a. For instance Haul road Repair allowance of $565,000 - how does this not contain costs for labor and installation? b. Is it intended that the subcontractors OH and profit be outside these allowances as well. That would not be possible as some of these allowances will entail new contracts be issued. c. What is meant by and similar costs related to products and materials ordered by Owner? Please review and modify the language. Without this modification or specific quantification of materials and components it is not possible to estimate the work associated with each allowance for material handling or installation.

    RESPONSE: See Addendum #1 in forthcoming Amendment. Specification will be revised.

    LUMP-SUM ALLOWANCES

    A. Allowance shall include direct cost to Contractor of specific products, materials and labor ordered by Owner under allowance and shall include taxes, freight and delivery to Project site.

    B. Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit and similar costs related to products and materials ordered by Owner under for each allowance shall be included as part of the Contract Sum and not part of the allowance.

    70. Please refer to Sec 012100. Please clarify Allowance for maintenance platforms compared to those in the base?

    RESPONSE: Allowance is for additional work, assigned to the Contractor by the COTR, not already shown in the contract documents.

    71. Please clarify what $800,000 allowance for relocation of Utilities is meant to cover. The Electrical and Communications Drawings call for relocation of Existing Conduits in several places, is the relocation of these conduits to be included in the Allowance, or it the Allowance meant to be for relocations above and beyond what is indicated on the Drawings?

    RESPONSE: Yes - Allowance is meant to be for relocations above and beyond what is indicated on the Drawings.

    72. Sec. 015000 - Where is the off-site employee parking located and what is the parking fee?

    RESPONSE: The land-side contractor staging area is in a large area set aside for this and other contract staging. This area is east of AOA Gate 313, on the south side of airport property, and is accessed via Route 50 and Stonecroft Blvd. It is approximately 3¾ miles from the project site. Drive time, not including processing time at Gate 313, is typically about 15 minutes. There is no fee for use of this property.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 14 of 29

    73. Sec. 012100 - Please clarify that the allowance for the BHS Maintenance Platforms is for unknown future scope and does not include the platforms and ladders that are shown in the contract drawings.

    RESPONSE: Confirmed

    74. Per specification section 2.5,A.,3.,c: As part of the refurbishment process associated to the existing tilt-tray inductions, provide components which are compatible to Crisplants standard tilt-tray induction supplied as part of this project for items such as, but not limited to, the use of Danfoss frequency inverters / variable frequency drives. Please clarify the existing VFDs are to be replaced on all inducts (as required for re-control).

    RESPONSE: Confirmed, refer to section 34 77 16 – 2.5.A.3.c.

    75. Also is it required for replacement VFDs to be manufactured by Danfoss; or will a Rockwell solution be acceptable (PowerFlex 40/70) A Rockwell VFD will streamline communications to the Rockwell PLC platform.

    RESPONSE: Confirmed, refer to section 34 77 16 – 2.5.A.3.c.

    76. Per specification section 1.2,D,3,d,1,k: All of the outbound subsystems, existing and new, that are affected by these security alterations shall be completely renumbered, Please clarify if you will require all existing drawings to be updated to reflect these changes and if so are all existing drawings available electronically?

    RESPONSE: Available information on existing systems, such as drawings and AutoCAD files will be provided to the successful Contractor after contract award. Refer to section 34 77 16 – 1.1.C.1 regarding existing equipment documentation and information.

    77. Per specification section 1.2,D,3,b,6 Verify that the existing MCPs and PLCs, which are designated for programming alterations, have sufficient capacity to complete all necessary modifications to the existing reconfigured BHS, for the interim and partial final works, to accommodate the Sequenced implementation of the BHS/CBIS that is illustrated in these Contract Documents.

    RESPONSE: Above is a direct verbatim quote from specification section and does not contain a question.

    78. Will the owner provide scan times for existing PLCs that require modifications?

    RESPONSE: Refer to section 34 77 16 – 1.2.D.3.b.6.), BHS Contractor is responsible to review existing PLCs.

    79. Per specification section 2.11,B,4,w,7: VFDs shall be typically installed within the respective Motor Control Panel (MCP). Is it acceptable to mount the VFDs remotely at the motor? The specified PowerFlex 70 has a 100 foot max that will require line reactors; in addition the shielded cable requirements significantly increase the number of conduit runs.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 15 of 29

    RESPONSE: Refer to entirety of above referenced section and section 34 77 16 – 1.09.C and section 34 77 16 – 1.10 in terms of maintenance access and related installation requirements.

    80. With respect to Tilt-Tray Re-Control, please confirm the requirement to replace the existing voltage regulators that controls sorter speed with current technologies, (VFD) to control the linear induction motor (LIM)/Sorter Speed Control.

    RESPONSE: Specifications do not include any requirement regarding the sorter speed control technology, which must be used as part of the replacement of the existing MCP for the tilt tray sorters. Contractor and Tilt-Tray OEM are responsible to meet functional intent as well as performance requirements as part of the tilt-tray re-control.

    81. Section VI-2; With regard to security manned gates and daily charge rates. Please provide the "normal scheduled gate operational hours" and define the locations of the gates for this project.

    RESPONSE: Gate 141, nearest east project site, open 24/7, is an Escort gate. Gate 313, nearest landside staging area, open 24/7, is an Escort gate.Use of other gates is means and methods.

    82. BHS Spec, page 36, par.f: Please provide the location of the existing OT1 MCP in the SBB - not shown on drawings.

    RESPONSE: Referencing drawing BG03.02N0, MCP-OT1 is located in the SBB Bagroom, within the northwest MCP area, by column line SB.2 between column lines X and SB.B.

    83. BHS Spec, page 37, par.1.b: Please confirm that positive tracking of Level 1 clear bags is not required from the VSU to the sortation ATR.

    RESPONSE: Confirmed, refer to 34 77 16 – 1.2.E.3.a.9.)a.)(10).

    84. BHS Spec. page 118, par.F: With regard to CBIS DID prototype. Please confirm that the first EDS installation can be used for the mock-up.

    RESPONSE: Confirmed, refer to section 34 77 16 – 1.6.F.

    85. BHS Spec. page 119, par.G: With regard to CBRA Workstation prototype. Please confirm that the first installation can be used for the mock-up following the installation details that are provided in the BG04 drawings

    RESPONSE: Confirmed, refer to section 34 77 16 – 1.6.G.1.

    86. BHS Spec. page 119, par.H: With regard to MCP Area prototype. Please confirm that 3D AutoCAD modeling can be used in lieu of a field mock-up.

    RESPONSE: No.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 16 of 29

    87. BHS Spec. page 178, par.2.6-B: Please provide manufacturer and O&M manuals for the claim devices that require an additional drive installed.

    RESPONSE: Refer to response to question #60 for manufacturer; O&M manuals for these claim devices will be issued after contract award.

    88. BHS Spec. page 180, par.2.7-B.1: The Contractor Responsibility language regarding EDS power, data and communication lines contradicts the Contractor Responsibility Matrix in Part 3 of Section 013100. Please confirm that Section 013100 is correct.

    RESPONSE: The appropriate reference in the Contractor Responsibility Matrix for the BHS – EDS interface connections which shall be provided by the BHS Subcontractor in the BHS specification section (under 34 77 16) referenced in the question is item #41.

    89. BHS Spec. page 518, par.3.12.B: Regarding the "remove with care" and salvaging of components. The requirement is onerous considering that the majority of the conveyors will be new or refurbished under this contract. Please provide a realistic percentage that can be effectively priced at this time and identified before demolition commences.

    RESPONSE: Assume 100% for purposes of proposal preparation.

    90. BHS Spec. page 548, System Endurance Test. Please confirm that the WBB and EBB will have one test performed at the completion of each system.

    RESPONSE: Confirmed that each baggage basement shall have one System Endurance Test as specified in section 34 77 16 – 4.2.A.2.f.11.).

    91. Specification section 00-73-00 1.16 E states: provide the services of at least one full time on site Contractor Safety Engineer per construction work shift for each baggage basement with no other duties assigned who shall work under the direction of the Contractor Safety Manager. Is it the Authorities intent for the Contractor to carry 5 full time safety professional employees for 37 months if the project requires 2 shifts?

    RESPONSE: Safety Manager position is full-time during full duration of all work performance. Contractor’s detailed Work Plan will dictate Safety Engineer staffing required to cover all construction work shifts in each basement.

    92. Specification section 014000 1.9 requires that the General Contractor is to provide the following separate individual positions 1. Project Manager, 2. Project Superintendent, 3. Quality Control Manager, 4. Alternate QCM, 5. QC Specialists for Coordination, 6. Registered Fire Protection Engineer, 7. Mechanical Quality Inspectors, 8. Electrical Quality Inspectors, 9. Fire Protection Fire Detection Quality Inspectors, 10. Mechanical Electrical, and Plumbing MEP systems commissioning Agent, 11. 12. 13. Three Submittal Reviewers, 14. QC Assistant, 15. Erosion and Sediment Control Inspector, 16. Project Engineer Scheduler, 17. Professional Engineer with Geotechnical Specialty, and 18. Professional Land Surveyor. Of these 18 specified positions 9 are required to Registered Professional Engineers. The cost associated with these staff positions is significant. Is it the Authority’s intent for the General Contractor to have 18 professionals on staff for 37 months in which 9 are registered professional engineers?

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 17 of 29

    RESPONSE: Contractor’s detailed Work Plan will obviously dictate staffing required to cover all construction work shifts in each basement by the respective quality inspectors referenced above.

    93. Is the contractor required to carry the cost for developing a full set of CADD record as-built drawings for the project?

    RESPONSE: Yes

    94. Specification section 011000-1.13C requires that outages related Central CHW be performed between October and April and Central HTHW be performed between April and October. Due to the extensive utility outage requirements of this project this could have significant schedule implications. Certain Baggage Handling sequences may be effected by the these utilities and if the Outages need to occur in a certain season and they are in a different season the wait time to perform these BHS sequences could be up to 7 months. This will have significant schedule implications. Will the Authority consider waiving these requirements?

    RESPONSE: No. Significant outages should be required only for cut-in of new isolation valves.These cut-ins are expected to be accomplished in their respective off-seasons and need not be concurrent with other downstream HTHW/CHW piping work.

    95. The RFP states that the Authority will award a Contract resulting from this solicitation to the lowest responsive, responsible offeror meeting the Minimum Responsibility Requirements specified in Section X, Attachment 06. Section X, Attachment 06 states the Contractor shall have successfully performed three or more multi-trade critical-industrial or airport terminal/concourse projects within the last 7 years, each with a value of approximately 50 million or more, and each of which included self-performance of, or supervisory and inter-trade coordination responsibility for, all of the following: automated baggage handling systems; electrical power and lighting; cast-in-place building structural concrete; deep excavation and excavation support systems; HVAC; and plumbing and fire protection. Please confirm the Authority will not award this project to a Contractor that does not meet all of the requirements listed above.

    RESPONSE: Confirmed.

    96. The MWAA Code department is required to inspect a significant amount of work elements in order for follow on work to occur. Code Inspections require at least a 48 hour advance notice and PMC is required to verify if the Contractor is even ready to call for a code inspection. This means that the work needs to be completed and inspected by PMC prior to being able to call in for code inspections. Calling for code inspections on anticipated completion of work items has not been accepted. On past projects the Authorities code department can show up for scheduled 7am code inspection at 2pm causing the contractor to lose an entire day before being able to perform follow on work. This may have schedule implications on a project of this nature. Much of the work on this project is going to be performed between the hours of 11pm and 4am. On this project close ins and inspection may need to occur at night in order for follow on work to proceed. In order to support the construction schedule for this project will the Authority consider allowing code inspection to occur between the hours of 11pm and 4am?

    RESPONSE: This can generally be accommodated with 3 business days advance notice to the COTR.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 18 of 29

    97. The RFP Price Schedule under Contract Milestones and Liquidated Damages contains the following language which is problematic for the bidders. In addition, should any individual BHS Sequence Step not-to-exceed outage duration in the contract documents be exceeded by Contractor, Contractor will be back-charged for additional manual baggage handling costs incurred by the Authority and-or the airlines, and-or other additional airlines operating costs. In discussion with the subcontracting community, there have been questions as to how to price this indeterminate risk. In general, we as the contracting community, do not have a good knowledge of the direct costs for the airline or airport operations and have a general lack of understanding of airline and airport indirect costs. It is likely that an airline or the airport could attempt to assess substantial consequential costs in the event of an unplanned extended outage. We respectfully ask that MWAA work with the airlines to determine a fair and reasonable liquidated damage for extended outage duration such as a cost per hour or cost per day and issue this amount as an addenda in lieu of the general statement above. In this manner we can properly understand our risks and price them in a competitive manner and in addition assure our sureties that we are not facing a situation of unknown, uncapped and potentially excessive damages

    RESPONSE: Refer to revised language in Solicitation Section III – Price Schedule, issued with Amendment 4.

    98. The [liquidation damages] phrase, (In addition, should any individual BHS Sequence or Step not-to-exceed outage duration in the contract documents be exceeded by Contractor, Contractor will be back-charged for additional manual baggage handling costs incurred by the Authority and or the airlines, and or other additional airlines operating costs.) The other additional airlines operating costs creates an undefined consequential damage that is not acceptable to the surety providing payment and performance bonds for the contract. We request that the authority remove this clause from the agreement and include a mutual waiver of consequential damages clause.

    RESPONSE: Refer to revised language in Solicitation Section III – Price Schedule, issued with Amendment 4.

    99. The Authority’s standing policy regarding delay damages, as noted in its contract provision #43, is to specify liquidated damages as the sole and exclusive remedy for delay because of the expense and difficulties involved in proving an actual loss for failure to complete on time. In Section III, Price Proposal, Contract Milestones and Liquidated Damages the Authority has negated this policy by allowing for back charges for additional manual baggage handling costs incurred by the Authority and or the airlines and/or other additional airlines operating costs for failure to meet a BHS Sequence Step not to exceed outage date. These additional damages for failure to these milestones shift an incalculable monetary risk to the contractor which cannot be adequately priced and may be based on activities outside the control of the contractor. Will the Authority agree to remove the provision for these additional damages? Will the Authority agree to state the amount of said damages or agree to cap the overall amount of these damages?

    RESPONSE: Refer to revised language in Solicitation Section III – Price Schedule, issued with Amendment 4.

    100. Please clarify the damages listed on the bid form. It appears as if there are Liquidated damages and actual damages. Is the intent to have actual damages for the BHS Sequences and Outage durations only and Liquidated damages for the substantial Completion only or is it the intent to have liquidated and

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 19 of 29

    actual damages for all milestones. Liquidated damages are typically for exclusive remedy for delay and both liquidated and actual damages would be not assessed.

    RESPONSE: Refer to revised language in Solicitation Section III – Price Schedule, issued with Amendment 4.

    101. In reviewing the specification requirements for submittals and close out documentation, it appears that the shear volume of paperwork is significant and largely unnecessary for all parties, not to mention costly to MWAA. Utilizing technology that has largely been embraced in the industry to promote "Green Projects" would the Airports Authority, PMC and SOM waive the requirements for paper submittals and close out documents-record documents and allow for a more "green" project by the use of electronic submittals where appropriate and close out documentation-record documents?

    RESPONSE: No.

    102. Can the project specifications regarding submittals, section 01 33 00, require one electronic submission and a minimum of two paper copies be submitted for submittal product data etc. will the electronic submission be returned containing the denotations conducted by the designer-owner-consultants?

    RESPONSE: No.

    103. May specification sections that require multiple copies of paper project documents , submittals, product date, photos etc, be modified to allow for electronic submissions? The implementation of a paperless project will result in a less expensive, more controlled process, project lifetime access to project related documentation, security, utilization of electronic drawings in the field resulting in a safer & more productive work environment resulting in higher quality control and communication among team members.

    RESPONSE: No.

    104. From the Price Schedule provided, it explains the following: East Basement BHS Sequence E13, E14, and E15 needs to be complete from NTP within 902 calendar days from NTP, and - West Basement BHS Sequence W13 needs to be complete from NTP within 967 calendar days from NTP, and - Achieve Substantial Completion within 1,100 calendar days from NTP Following Substantial Completion, how much time is allowed to reach Final Completion? Please clarify.

    RESPONSE: Time allowed to reach Final Completion will be stated in documentation provided by the COTR issued with the Substantial Completion certificate and final punchlist.

    105. Please confirm that the BHS Contractors price is to include matching the SBB existing components listed in Exhibit A. For example, Allen Bradley PF70 VFDs and Allen Bradley 5000 Series Photoeyes

    RESPONSE: Yes, refer to specification section 34 77 16 – 2.1.F.2.

    106. Please refer to Dwg BG10.1001 sheet number 1588. The last table on the page shows an optional MCP WED2C for optional conveyors WED2C. Are we to quote this option? If so, can you please supply a drawing that shows these conveyors?

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 20 of 29

    RESPONSE: Optional conveyors and associated MCP are not required to be priced; refer to specification section 34 77 16 – 1.2.B.10.

    107. Please refer to Dwg BG10.2001 sheet number 1596. The last table on this drawing shows optional MCP ID's for EED2 (Opt) (A) and EED2 (Opt) (B) and subsystem named conveyors EED2-02/18 and EED2-18/25 & ECB2-01/05. This is not clear as the layouts for the base bid have conveyors EED2-01 through EED2-19 and ECB2-01 through ECB2-44. Please clarify what conveyors/MCPs are to be quoted as part of this option?

    RESPONSE: Optional conveyors and associated MCP are not required to be priced; refer to specification section 34 77 16 – 1.2.B.10.

    108. Please confirm that all manual baggage handling; porters, carting, tagging etc is not to be included under this contract and that the work will be conducted by others.

    RESPONSE: Confirmed.

    109. Will X-raying and or Ferro Scanning of both SOG and elevated slabs be required for demolition, MEP & Baggage hangers? If so could you please confirm thickness of slabs so that it may be determine if conventional methods are applicable or are methods such a Cobalt required? Can the use of 2.5 in anchors, pins etc be established as a max tolerance for embedded items without the use of detection methods

    RESPONSE:a) Yes, Specification section 01 73 29 covers methods of locating reinforcing and other embedded items. b) Methods as detailed in 01 73 29 are applicable.c) No.

    110. Please provide Airport and Airline blackout periods during which work may not be performed for the duration of the project for the west side operations, customs area operations and the east side operations. This information is critical to project planning, scheduling as well as the assessment of the baggage line outages contained in the RFP.

    RESPONSE: Contractor is required to conform to project phasing requirements and work hours restrictions as indicated in specifications and drawings. BHS sequencing reflects out-of-service duration and limitations. Contractor is required to coordinate with COTR on outage. For work hours restrictions, refer to General Phasing Notes on GN03.0100 and GN03.0600.

    Periods in which the contractor will not be allowed to have conveyor or other BHS subsystem outages include: Easter Weekend: Thursday Noon before until Monday Noon after (96 hours). Thanksgiving:Thursday Noon before until Monday Noon after (264 hours). Christmas/New Year’s: Generally from 3 full business days prior to Christmas until 1 full business day after New Year’s (total number of hours varies year-year based on calendar).

    111. Specification section 34 77 16 1.1C1 states that Information regarding existing conveyor equipment designated for modification or to remain, such as but not limited to mechanical, electrical as-built documents-information, O&M Manuals, software, computer-PLC architecture and layout drawings-

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 21 of 29

    documents, source codes and other relative documentation relating to the existing BHS, shall be obtained from the Authority, their Maintenance Group or United Airline (in case of EBB), through the COTR. Could you please inform the bidders as to when this information will be provided relative to the NTP issuance to the successful bidder?

    RESPONSE: Available documentation will be provided to contractor not later than 45 calendar days after contract NTP.

    112. As counted from NTP, when is the latest that all code including the PLC code and the Crisplant code can be expected to be delivered to the contractor/ BHS vendor?

    RESPONSE: Available documentation will be provided to contractor not later than 45 calendar days after contract NTP.

    113. Please refer to Sec 015000, 1.8.B. Where is the parking lot located and what is monthly cost of permit?

    RESPONSE: The land-side contractor staging area is in a large area set aside for this and other contract staging. This area is east of AOA Gate 313, on the south side of airport property, and is accessed via Route 50 and Stonecroft Blvd. It is approximately 3¾ miles from the project site. Drive time, not including processing time at Gate 313, is typically about 15 minutes. There is no cost for parking in these areas.

    114. Please refer to Sec 347716, 3.14.A & C.2. Please give direction as to the extent and limits of refurbishment?

    RESPONSE: Refer to requirements in above referenced specification sections.

    115. Please refer to BHS specification 1.2-B.20, page 8. "The Main Terminal ceiling structure within the EBB and WBB includes an existing unistrut system (embedded in the ceiling structure). Take on the responsibility to use, as much as possible, the existing and new unistrut systems, wherever it accommodates the new and reconfigured BHS to avoid drilling into the ceiling concrete, wherever possible." Will any drilling in the ceiling be allowed with prior x-raying?

    RESPONSE: Specification section 01 73 29 covers methods of locating reinforcing and other embedded items, and is required prior to drilling.

    116. Note #10, under Reinforcing Steel, on the Structural General Notes-1 drawing ST00.0001 states, All reinforcing steel shall be epoxy coated IAW ASTM A 775. Please clarify that this means all of the reinforcing steel in the project is to be epoxy coated.

    RESPONSE: Epoxy coated reinforcing is required in the EBB addition main structure foundations, walls, beams, slabs and columns, and the WBB slab on grade. Epoxy coated reinforcing is not requiredin the following areas: Precast Concrete (refer to specifications), housekeeping pads, cast-in-place doghouses (detailed on ST06.0020), reinforced masonry walls and curbs, column protection curbs and guardrail, and Civil structures (detailed on CV-series drawings). Epoxy coated is not allowed for use as epoxy embedded anchors. See Addendum #1 in forthcoming Amendment.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 22 of 29

    117. With regard to Project Phasing WBB(GN03.0100)and EBB (GN03.0600). The cumulative total of the sequence durations shown in the tables on GN03.0101 and GN03.0606 are significantly less than the contractual dates contained in Section III - Price Schedule. Please delete the sequence durations and confirm that the BHS Contractor can develop a schedule to execute the project in accordance with the outage durations and dates contained in the Price Schedule.

    RESPONSE: No.

    118. With regard to Project Phasing EBB SEQ E12 - Step 3 (GN03.0606) references an "extended overnight connection" for OS4 and OS4A. GN03.0756 shows two Step 3 detail plans that contain OS4A conveyors. Please clarify and confirm that the OS4-02 thru 08 and ECB1-26 are not required to be installed overnight.

    RESPONSE: Confirmed; refer to drawing GN03.0608 which indicates the intent for the installation activities associated to Sequence E12, Step 3.

    119. Regarding Servers. Section 2.14-E.2.e seems to indicate by its grammatical construction that the SAC and MIS functions may be combined on a single server. Section 1.2-Q.3 indicates that MIS reports shall be able to be generated in real time, assumed to mean during operations. Request: Please identify how this functionality will be assured without impacting live server operations if the SAC and MIS applications are permitted to be on the same server.

    RESPONSE: As stated in section 34 77 16 – 2.14.A, it is the Contractor’s responsibility to meet the overall functional requirements for the definitive architecture, design and engineering of the system and comply with the specified performance requirements.

    120. Regarding VFDs: Section 2.10.D.2.b discusses both VFD rated cables and #10 gauge wiring. This section seems to indicate that #10 THHN gauge wiring may be used if Rockwell Powerflex 70 guidelines permit such use. Section 2.10.4.w.7 indicates that under the base scope of work, all VFDs are to be MCP mounted (an alternate may be submitted for field mounting). Based on current guidelines for VFD output wiring, if the wire length distance between VFD and motor connection exceeds 30 ft, manufacturer recommends utilization of VFD rated cables comprised of XLPE type insulated conductors. Request: Please clarify what is expected in design and construction - use of VFD rated cables or THHN conductors in conduit, as this will have a significant cost impact.

    RESPONSE: As noted in the above referenced specification sections, the BHS Contractor shall comply with the specified requirements and the VFD OEM requirements (as applicable) in their design and construction.

    121. Reference 34 77 16 1.2.D.4.b page 26. Is it intended that the new manual encode consoles in the EBB and WBB be identical to the interim manual encode consoles?

    RESPONSE: The intent is that the equipment hardware is to be identical; however the required interface and functionality shall be determined by the consoles location and its use in the interim and final conditions.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 23 of 29

    122. Please confirm that the ATRs that are on the UAL inbound lines are connected directly to UALs system not the BHS systems.

    RESPONSE: Not confirmed; refer to specified interface and reporting requirements in section 34 77 16 – 2.14.B.1.e.2.) with respect to the ATR/PLC interface and section 34 77 16 – 2.14.C.9.e for interface to UAL’s Baggage Reconciliation System.

    123. During the LDBE event it was mentioned that a non reimbursable bond cost is to be included by the contractors for access to the International terminal areas for additional security badging and clearances. Please provide the cost and process to obtain this special access or provide the requirements of the bond that will be required.

    RESPONSE: A customs bond and seals for employees are required for access to international areas. The bond is nonreimbursable and costs $25,000 to register 1 -15 employees with a seal. See the Customs Seal and Application document for additional information.

    124. Per Solicitation and Offer Section VII, Item D utilities except water are identified as being paid by the contractor. However in the Specifications Section 015000 item 1.4 the Authority is said to provide utilities at no charge unless noted. Please verify what utilities will be provided at no cost to the contractor.

    RESPONSE: Electric and Water from existing outlets/supplies are provided at no charge, provided the contractor usage is not wasteful and excessive.

    125. Please approve the Vertical Sorter (VSU) as manufactured by G&T Conveyor Company.

    RESPONSE: The basis of design is the suppliers listed in the specification. See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Per spec 347716, § 1.9.B.2, Contractor shall . . . “Pay for any redesign necessary to accommodate an “approved equal”.” (This would also include additional construction costs resulting from any necessary re-design). Contractor must submit evidence of this product’s ability to comply with the provisions of spec 347716, § 1.9.B.1 & 2. and § 2.1.F.1, .2 & .3.

    126. Please approve the Powered Face Diverter (PFD) as manufactured by G&T Conveyor Company

    RESPONSE: The basis of design is Siemens high-speed paddle diverters. See Contract Provision 42 – Comparable products of other manufacturers will be considered if proof of comparability is contained in or accompanies the offer. Per spec 347716, § 1.9.B.2, Contractor shall . . . “Pay for any redesign necessary to accommodate an “approved equal”.” (This would also include additional construction costs resulting from any necessary re-design). Contractor must submit evidence of this product’s ability to comply with the provisions of spec 347716, § 1.9.B.1 & 2. and § 2.1.F.1, .2 & .3.

    127. Does lightning protection need to be provided for this project? If so, where will it be installed?

    RESPONSE: Lightning protection needs to be provided as a performance specification (Section 264113). In general, lightning protection shall cover the new roof area between column lines 034 to

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 24 of 29

    044 and between column lines J to EB.C. The lightning protection system main grounding conductors will tie into the building ground system loop shown on sheet EL04.F1J3.

    128. Who is the installer of the existing lightning protection system.

    RESPONSE: Available record documents indicate that Loehr Lightning Protection, Co. installed the existing system.

    129. What are the feeder sizes for the 13 conduits showing on drawing EL04.F2G3? The drawing only indicates the size of 9 of these feeders, but what are the sizes of the other 4?

    RESPONSE: For bid purposes only, assume that two of the four additional conduits have feeders sized with 3#350 kcmil and 1#1G conductors and the two remaining conduits are spares. The contractor shall field verify these feeder sizes before ordering materials. See Addendum #1 in forthcoming Amendment.

    130. The bottom of drawing EL04.F2G3 indicates the reroute, splice and extension of feeders between the nearest pullboxes. What are the sizes of these feeders?

    RESPONSE: For bid purposes only, assume the four feeders at one location and two feeders at a second location are (4) 4/0 cu; The contractor shall field verify these feeder sizes before ordering materials. See Addendum #1 in forthcoming Amendment.

    131. Drawing EL06.0004 Substation T10 is feed from MH 10EP10. Please provide a drawing showing the location of the manhole. If a drawing cannot be provided, please provide the footage between Substation T10 and MH 10EP10.

    RESPONSE: The linear feet for the duct bank between MH10EP10 and the west end of the T10 substation switchgear is approximately 215 feet. Note that MH10EP10 is located approximately 100 feet north of Col. F in a Mechanical Room on Ground Level near Col. Lines 32/C. See Addendum #1 in forthcoming Amendment.

    132. A note on drawing EL11.0004 indicates 2 conduits coming from the substation up and refers to sheet EL04.F3J1. Nothing is shown on EL04.F3J1. Please advise.

    RESPONSE: These two conduits represent feeders T11B-5 to baggage system panel 11PDP-B(1) and T11A-6 to baggage system panel 11PDP-A(1); The conduits continue to the west at the ceiling level and continue onto the matching drawings EL04.F2J1, EL04.F2I2, EL04.F2I4 and finally to EL04.F2I3 , where the feeders connect to baggage panels 11PDP-A(1) and 11PDP-B(1). Reference to EL04.F3J1 should be deleted. See Addendum #1 in forthcoming Amendment.

    133. Drawing EL04.F2J1 shows 4 conduits going to the Substation T11A. On the enlarged plan drawing EL11.0004, 5 conduits are shown running the same path, and the middle conduit has no label. Please advise as to what this fifth conduit is.

    RESPONSE: The feeders shown on the enlarged plan do not match the requirements. The 5th feeder conduit is not required (being shown extended to switchgear T11B). The T11B switchgear only has two

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 25 of 29

    active feeders as shown on drawing EL09.0002. T11B-6 conduit on EL11.0004 should be deleted. See Addendum #1 in forthcoming Amendment.

    134. Drawing EL04.F2J1 shows a new transformer and panelboard on the left side north wall of the substation room. On the enlarged plan drawing EL11.0004, the transformer and the panel are missing. Please advise as to what this transformer and panel are representing.

    RESPONSE: The transformer and panel, actually being shown on the north side wall of Electric Closet B-012, are shown incorrectly and are not required. The transformer and panel as shown on drawing EL04.F2J1 should be deleted. The equipment in Electric Closet B-012 is shown on enlarged plan EL11.0004. See Addendum #1 in forthcoming Amendment.

    135. Specification Section 22 05 00.3.1.C states that if existing piping, insulation and equipment to remain are found damaged or unserviceable these portions must be removed and replaced. Please confirm that the Contractor is only to carry cost for replacing piping that is shown to be replaced in the Drawings and that existing piping not shown to be replaced on the drawings that is found to be damaged will be covered under the allowance.

    RESPONSE: Confirmed.

    136. Specification 22 05 18.3.2 states that broken and damaged escuteons are to be replaced. What quantities are we to include in our bid pricing as the specific quantities for this activity are not shown.

    RESPONSE: Assume ten (10) 4” escutcheons for bidding purposes. See Addendum #1 in forthcoming Amendment.

    137. Spec 22 14 13 .3.1.M.1 and P.1 paragraphs referenced state that piping be encased per ASTM A674 or AWWA C105. Please clarify what type of encasement is required.

    RESPONSE: Provide in accordance with ASTM A674. See Addendum #1 in forthcoming Amendment.

    138. Specification 23 01 30.51 3.5 Restoration requires that HVAC systems, be repaired and restored, including fibrous glass materials. Please clarify the specific quantity of repair and restoration.

    RESPONSE: Unless otherwise specified in the construction documents, the intent of this section is to repair and restore all existing air-distribution equipment, ductwork, plenums and components that are damaged during and as a result of construction.

    139. Specification section 23 01 30.51 1.2.A requires cleaning HVAC air and distribution equipment, ducts, plenums and system components. Please confirm this only applies to new HVAC air distribution equipment, ducts, plenums and system components installed under this contract and not existing systems that are not new.

    RESPONSE: See 23 01 30.51 Section 3.3.B.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 26 of 29

    140. Specification section 23 31 13 – 1 references duct liner in part 1.2 item A.3. However, the specification section referenced does not contain information regarding what material type, thickness, and where it is required, please clarify this issue.

    RESPONSE: There is no duct liner requirement in the project. Supply and return air ductwork in mechanical rooms from Air Handling Units shall be perforated inner wall, 1½” Mineral-Fiber insulation, in 1” thick wall. Provide Mylar film between insulation and inner wall, outer wall to be solid sheet metal. Supply and Return air ductwork outside mechanical rooms to be single walled externally insulated with 2” Mineral-Fiber insulation. This requirement supersedes Insulation Schedule on sheet ME09.0002.

    141. Reference: (1) Spec 014000 – Quality Requirement - § 1.9.B.6&7, vs. (2) Spec 012100 – Allowances - § 3.3.F. Both discuss independent inspectors for M/E/P/FP and Commissioning. Please clarify if the cost of these inspectors should be carried in the bid under General Conditions – Division1, or if the cost will be covered by Allowance No. 6.

    RESPONSE: Credentials of these key personnel are discussed in spec 014000. Intent is that cost will be covered under Allowance No. 6.

    142. Reference spec 237313 – Custom AHUs: Section 2.2 – Unit Casing and Section4.1.C – Tests & Inspections: Please clarify casing material type, thickness and air leak test requirements.

    RESPONSE: See Addendum #1 in forthcoming Amendment. Casing panels shall be self-supporting and capable of withstanding 133 percent of internal static pressures indicated, without panel joints exceeding a deflection of L/200 where "L" is the unsupported span length within completed casings. Class “A” thermal break shall be defined as a thermal break that ensures no member on the exterior of the unit, including fasteners, has through metal contact with any member on the interior of the unit, including fasteners. Replace 23 73 13 – 2.2 with the following:-

    2.2 UNIT CASINGS

    A. General Fabrication Requirements for Casings: All panels shall be double wall and fabricated of galvanized steel. The unit casing shall be of no through metal construction using aluminum extrusions with a polyurethane resin thermal bridge. All panel seams will be externally caulked with sealant. 1. Air Leakage:

    a. Unit air leakage shall not exceed 1.0% of design cfm at +12.0” w.g. in all positive-pressure sections and -12.0” w.g. in all negative-pressure sections. Leakage shall be calculated by totaling all leakage either in to or out of the unit.

    2. Casing Deflection: a. Casing deflection shall not exceed L/200 at +12.0” w.g. in all positive-pressure sections and -

    12.0” w.g. in all negative-pressure sections, where L is defined as the panel span 3. Construction: No through metal construction. 4. Outside Casing: 16 gauge solid galvanized steel. 5. Inside Casing: 18 gauge solid galvanized steel. 6. Floor Plate: 3/16 treaded aluminum. 7. Insulation: 3” thick polyurethane foam.

    a. UL Class 1 rated.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 27 of 29

    b. R value = 24 ft2-F-h/BTU. 8. Sealing: Seal all joints with water-resistant sealant. 9. Factory Finish for Steel and Galvanized-Steel Casings: Immediately after cleaning and

    pretreating, apply manufacturer's standard two-coat, baked-on enamel finish, consisting of prime coat and thermosetting topcoat.

    10. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1.

    B. Bases & Floors: 1. Base shall be constructed from welded structural steel channels around the perimeter and welded

    structural steel cross members. Formed steel channels are not acceptable. The structural steel base shall be shot blasted, fully welded and then painted. The maximum cross-member spacing shall be 24" on center with members located adequately to support fan, coils, and other large components. The height of each base channel shall be no less than the height indicated in the drawings. Each shipping section shall be provided with removable lifting lugs. Structural framework shall fully support the unit casing and all components during installation such that no section deflects more than L/1000 during rigging of that section, where L is defined as the distance between lifting lugs

    2. Floor shall be constructed from 16 gauge smooth galvanized steel. The floor surface shall be welded and all spaces and joints completely sealed with dams around all bottom penetrations. Floor deflection shall not exceed L/200 under a point load of 200 pounds, where L is defined as the floor span.

    3. Insulation that meets a minimum R-value of 24 shall be provided underneath the entire unit floor. Insulation shall be closed-cell foam to prevent wicking of moisture. If fiberglass insulation is provided, it shall be completely wrapped with long-strand fiberglass cloth to limit the entrainment of moisture into the insulation. The long-strand fiberglass cloth shall also incorporate an anti-microbial coating to suppress microbial growth. Insulation shall completely fill the panel cavity in all directions so that no voids exist. Base assemblies shall comply with NFPA 90 A.

    4. Safety grates that provide a walking surface shall be provided across all bottom air openings. Safety grates shall support a minimum 300-pound load. Safety grates shall be made of Type IWA welded rod with a cross flow pattern of 1.1875” x 4”. Grating shall be galvanized steel construction for units with galvanized or painted steel floors and shall be aluminum construction for units with aluminum floors. Safety grates shall be removable to ensure adequate access to the ductwork below.

    C. Walls: 1. Wall assemblies shall be double-wall construction with galvanized steel solid exterior and

    galvanized steel interior. The entire unit shall have a solid wall liner on the interior. All spaces and joints of wall assemblies shall be completely sealed. Wall shall meet the casing deflection limits contained herein.

    2. A Class “A” thermal break shall be provided throughout the entire wall assembly. 3. Insulation that meets a minimum R-value of 24 shall be provided throughout all unit wall

    assemblies. Insulation shall be injected foam. Foam shall be closed cell to prevent wicking of moisture. If fiberglass insulation is provided, it shall be completely wrapped with long-strand fiberglass cloth to limit the entrainment of moisture into the insulation. The long-strand fiberglass cloth shall also incorporate an anti-microbial coating to suppress microbial growth. Insulation shall completely fill the panel cavity in all directions so that no voids exist and settling of insulation is prevented. Wall assemblies shall comply with NFPA 90 A.

  • Main Terminal East and West Baggage Basements 1-11-C165 EDS In-Line High Volume Baggage Screening Project Questions and Answers #2

    Page 28 of 29

    4. Removable wall access panels shall be provided in coil sections for service removal of components. A Class “A” thermal break shall be provided throughout all removal wall access panels.

    D. Inspection and Access Panels and Access Doors: 1. Panel and Door Fabrication: Formed and reinforced, double-wall and insulated panels of same

    materials and thicknesses as casing. 2. Inspection and Access Panels:

    a. Fasteners: Two or more camlock type for panel lift-out operation. Arrangement shall allow panels to be opened against air-pressure differential.

    b. Gasket: Neoprene, applied around entire perimeters of panel frames. c. Size: Large enough to allow inspection and maintenance of air-handling unit's internal

    components. 3. Access Doors:

    a. Hinges: Door hinges shall be stainless steel type. Door handles shall be Allegis design for minimized leakage and to provide a Class “A” thermal break. Handles shall fasten against the door frame with a roller cam to eliminate wear of the door frame. On indoor units, if Allegis handles are not provided, Ventlok 310 handles shall be provided on all doors to ensure positive seal of the door and to avoid wear of the door frame. All door handles shall be operable from both the unit exterior and interior.

    b. Gasket: Neoprene, applied around entire perimeters of panel frames. c. Fabricate windows in doors of double-glazed, wire-reinforced safety glass with an air space

    between panes and sealed with interior and exterior rubber seals.1) Minimum size: 9” x 9”.

    d. Size: At least 24 inches wide by full height of unit casing up to a maximum height of 72 inches.

    4. Locations and Applications: a. Fan Section: Doors. b. Access Section: Doors. c. Coil Section: Inspection and access panel. d. Damper Section: Doors. e. Filter Section: Doors large enough to allow periodic removal and installation of filters. f. Mixing Section: Doors. g. Humidifier Section: Doors.

    5. Service Light: 100-W vapor proof fixture with switched junction box located outside adjacent to door.a. Locations: Fan section.

    E. Condensate Drain Pans: 1. Fabricated wit